Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

U -- Edged Weapons Course Of Instruction

Notice Date
2/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-11-T-0087
 
Archive Date
3/2/2011
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
(kenneth.brumfiel@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-11-T-0087. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47 effective 12 January 2011. North American Industrial Classification Code (NAICS) 611699 with a standard business size of $7.0 million applies to this procurement. This procurement is 100% Small Business Set-Aside. The DPAS rating for this procurement is DO-S10. SECTION B CLIN LINE ITEM NUMBER (CLIN) 0001 Combatives/Edged and Firearms Weapon Course Of Instruction FFP Contractor shall provide a Combatives/Edged and Firearms Weapon Course Of Instruction for up to fifteen (15) students. Contractor shall provide a minimum student to instructor ratio of 3-1 for five (5) days to train and instruct the students. COI shall be in accordance with the attached Section C. "The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation." SECTION C Contractor to provide training in edged weapons, improvised weapons, striking, defense and multiple attacker scenarios. Instructor Requirements: 1. Lead instructor must have a significant amount experience in Kali and hold the rank of Tuhon (Master Instructor). He must also have a minimum ranking of Senior Instructor in Silat. Must also provide at least 5 other instructors at the course who holds the rank of Tuhon. 2. Familiarity with military tactics and personal protection, primarily Special operations. 3. Contractor must provide 5 instructors. 4. Contractor must have positive past performances with other units, government agencies. 5. Must have competitive shooting experience and be familiar with combat shooting techniques. 6. Must also have experience in unarmed combat to include boxing, jiu-jitsu, folk style, freestyle and Greco roman wrestling. 7. Instructors must be able to realistically conduct coordinated live scenarios with up to 8 role players to include vehicle born operations. 8. Instructors must have extensive knowledge in concealing and transporting weapons through security checkpoints. 9. Instructors must have experience conducting scenarios in low light conditions with night vision equipment. 10. Instructors must have knowledge and experience employing non metallic edged weapons. 11. Contractor's facility must be equipped with a training area capable of accommodating all of the training's participants to include a workout (gym) area. 12. Contractor shall provide each student with a Weapons Training Package include 1 each of the following items: training blade (non-lethal), sheath, and a live blade. Training packages will be kept by the students. 13. The contractor shall deliver a course of instruction that will increase the student's knowledge in the areas of edged weapons skills, tactical firearms, weapons retention, improvised weapons, blunt weapons, and grappling. 14. The contractor's COI shall incorporate both practical and academic applications. 15. The contractor must have the expertise and the ability to provide cutting edge modern tactical training for military personnel. Contractor shall demonstrate that it has a program designed for the military and have significant experience training SOF personnel. 16. At a minimum the contractor's COI must cover the following topics through practical exercise, theory, and application: reactionary gap, blade design, tactical carry, sheathing, power strike, various strike, retention, multiple target applications, and OODA Loop Theory. Place of Performance: 25 miles radius of Bala Cynwyd, PA at the contractor's facility. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Sep-07 FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Oct-10 FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper Aug-00 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun-10 FAR 52.219-6 Notice Of Total Small Business Set-Aside Jun-03 FAR 52.219-8 Utilization of Small Business Concerns Jan-11 FAR 52.219-14 Limitations on Subcontracting Dec-96 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-10 FAR 52.222-39 Reserved Dec-04 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.222-99 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEVIATION 2010-0013) Jun-10 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification Sep-10 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-17 Interest Nov-08 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-15 Progress Payments Not Included Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Alt I Changes -- Fixed-Price Alt I Apr-84 FAR 52.246-25 Limitation of Liability - Services Feb-97 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7000 DISCLOSURE OF INFORMATION Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan-09 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.204-9004 Foreign Persons (2006) Section K SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements Feb-95 FAR 52.209-5 Certification Regarding Responsibility Matters. Apr-10 FAR 52-209-7 Information Regarding Responsibility Matters. Apr-10 FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jan-11 FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Oct-10 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) Dec-10 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89 FAR 52.233-2 Service of Protest Sep-06 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Jun-05 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Dec-10 SOFARS 5652-232-9004 Distribution of Vouchers/Invoices (2009) SOFARS 5652.237-9001 Key Personnel Requirements (2003) Section I FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide the training program details for evaluation. Details shall include (but not limited to) a course outline, training objectives, detailed daily schedule of training COI, validation of instructors qualifications. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kenneth Brumfiel - Contract Specialist Kenneth.brumfiel@vb.socom.mil PH - 757-893-2716 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.232-9003 Paying Office Instructions (2005) As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins (a) The Primary Contracting Office Point of Contact is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (b) The Administrative Contracting Office Point of Contact is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (c) The Contracting Officer's Representative is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449. (e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office. (f) Payment to the contractor shall be mailed to the following address to be determined before contract award. (g) Special Payment Instructions: None. SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil by February 14, 2011 at 8:00AM EST. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716) or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 15 February 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-11-T-0087/listing.html)
 
Record
SN02378697-W 20110213/110211234505-7b4aced099310b5f7bfcf059b2578398 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.